Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT GENERAL DESIGN SUPPORT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-05-R-0022
 
Response Due
4/11/2005
 
Archive Date
6/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
I.CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code is 541330, which has a size standard of $4.0 million in average annual receipts. This procurement is set aside for small businesses only. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Contract will be a firm fixed price. One contact will be awarded. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. Anticipated award date is in or about August 2005. Contract ceiling will not exceed $1,000,000 per year with the two option years for an additional amount of $1,000,000 for each option year, not to exceed a total of three years or $3,000,000. The Government reserves the right to exercise the contract opti ons before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. The primary p urpose of this proposed contract is to provide services for projects located within the geographic boundaries of the New Orleans District. Secondarily, this contract may be used to provide services within the geographic boundaries of any other U.S. Army C orps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the New Orleans District. 2. PROJECT INFORMATION: (l) The work may involve investigations, comparisons, data evaluations, analysis, design, technical writing, and CADD drafting for design reports, feasibility studies, plans and specifications or other engineering documents. Surveying and the use of aerial mapping are required to support this work. (2) The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Mechanical, Electrical and Cost Engineering, Architecture, Landscape Architecture and Surveying. (3) The work may involve the following types of projects, and work may involve new or existing structures: Hydraulic structures such as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, prestressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culverts and bridges; and buildings such as warehouses, pump houses, or offices related to the structures above. (4) The work may involve the following types of related work: site layout, development of real estate rights-of-way drawings, architectural treatments, landscaping, perform soil borings and soil tests to determine soil properties in accordance with the Cor ps geotechnical criteria, pile capacity curves, soil pressures, seepage and dewatering analysis, stability analysis, surveys and the use of aerial photographic coverage to locate features and develop topographic maps, contour maps, profiles and sections, both land based and hydrographic. (5) The instrumentation and evaluation work may involve the following: a. Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The su rveys may include hydrographic, overbank, horizontal distances and control d ata. Firms must indicate their capability of utilizing Global Positioning Systems (GPS) and total stations with a data collector system. b. Compiling the field data into the appropriate digital format for use in various software (e.g. government provided data collector program, government provided cross section plot program, Excel spreadsheet with graphics); c. Producing CADD and Excel plots and plates from the compiled data; d. Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit by Engineers. 3. SELECTION CRITERIA: The selection criteria are listed below in order of precedence. Criteria (1) thru (5) are primary. Criteria (6), (7) and (8) are secondary and will be used only as `tie-breakers` among technically equal firms. (l) Specialized experience and technical competence of the firm and its key personnel to perform the services and produce the engineering documents listed in paragraph 2 above. (2) Professional qualifications of the key design personnel, including professional registration in engineering, architecture and surveying, available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Hydraul ic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Surveying and CADD technology. (3) Capacity (personnel and equipment) to perform the work in the required time using all of the latest versions of commercial and Corps software packages utilized by the Corps; produce CADD drawings in the MicroStation format; perform soil borings and soi l testing and analysis in accordance with the Corps geotechnical criteria; perform land based and hydrographic surveys; and provide the following minimum personnel: two structural engineers, four civil engineers, two geotechnical engineers, one hydraulic engineer, one cost engineer, one electrical engineer, one mechanical engineer, one architect, one landscape architect, one registered land surveyor and three CADD technicians, two 4-person survey parties and one computer technician. (4) Knowledge of geographic area. (5) Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. (6) Location of the design firm in the general geographical area of the New Orleans District. (7) Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, historically black colleges and univer sities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. (8) Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4.SUBMISSION REQUIREMENTS: Interested firms, which meet the requirements described in this announcement, are invited to submit 5 copies of SF 330 (SF 330 replaced both SF 254 and SF 255 which are no longer accepted) for the prime firm and all subcontracto rs and consultants to the address below not later than 4:30 p.m. on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday, Sunday or a Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 330, Block H. For ACASS information, call (503) 326-3459. In Block E of the SF 330, include an organizational chart, equipment requirements, the use of subcontractors or consultants and describe the firm's design qual ity control plan, including coordination of subcontractors and consultants. Complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) mus t be submitted including data for any subcontractors. A detailed Quality Control Plan must be received and approved by the Government prior to contract award. For Overnight or courier deliveries, the physical address is U.S. Army Engineer District, New O rleans, 7400 Leake Avenue, ATTN: CEMVN-CT-E, Michelle Dalmado, Room 184, New Orleans, LA 70118-1030. This is not a Request for Proposal. Refer to Solicitation No. W912P8-05-R-0022.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00767031-W 20050313/050311212115 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.